Tender NO:2004/CRIS/ - Indian Railways
Tender NO:2004/CRIS/ - Indian Railways
Tender NO:2004/CRIS/ - Indian Railways
You also want an ePaper? Increase the reach of your titles
YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.
Centre for Railway Information Systems<br />
Chanakyapuri, New Delhi.<br />
Tel:24106717, 24104525, Fax No. 91-11-26877893<br />
.<br />
S.<br />
No.<br />
Sealed tenders are invited by Managing Director, Centre for<br />
Railway Information Systems, Chanakyapuri, New Delhi-110021 for<br />
supply of UPS.<br />
Description<br />
the job<br />
of<br />
<strong>Tender</strong> No.<br />
Due Date<br />
of<br />
Acceptane<br />
of <strong>Tender</strong><br />
upto 15.00<br />
hrs.<br />
2005/<strong>CRIS</strong>/11166 25-4-<br />
2005<br />
Date of<br />
opening of<br />
<strong>Tender</strong> at<br />
15.30 HRS.<br />
Earnest<br />
money<br />
Cost of<br />
<strong>Tender</strong><br />
Document<br />
1 Supply of 163<br />
25-4-2005 Rs.1Lakhs Rs. 2000/-<br />
Number 1KVA<br />
ONLINE UPS<br />
The tender forms, conditions of contract including specifications and other<br />
information can be had from this office during working hours on any working day upto the<br />
date of submission of tender above on payment of Non refundable cost of tender documents<br />
as mentioned above,. The cost of tender document should be remitted by Demand/Draft only<br />
in favour of <strong>CRIS</strong>. . <strong>Tender</strong> document can also be downloaded from <strong>CRIS</strong> Website www.<br />
<strong>Indian</strong>rail.gov.in However, at the time of submission of Bid, the requisite Non refundable<br />
cost of tender document must be submitted along with Bid, failing which tender will be<br />
rejected.<br />
Registrar/<strong>CRIS</strong>.
<strong>Tender</strong> <strong>NO</strong>:2005/<strong>CRIS</strong>/11166 Dated : 5-4-2005<br />
M/S.<br />
Sub: Procurement of UPS.<br />
Please arrange to quote your lowest rates for supply and installation<br />
of 163 Nos. 1KVA ONLINE UPS (Stand Alone) with following terms and<br />
conditions as per specification placed at Annexure I.<br />
Terms and Conditions:<br />
1. The scope of tender shall include Supply, Transportation to the Site,<br />
Installation, Commissioning and 03 year on-site Warranty Maintenance.<br />
2. Your rates should be for delivery at the locations / site as per list enclosed<br />
at Annexure-VI-A,B,C, Sales Tax extra, if any, are to be explicitly quoted<br />
failing which the same shall not be admissible at a later date .<br />
3. Sealed offer in two bids(i.e. Techno-commercial bid and financial bid<br />
separately) in two copies should be submitted to the Manager Purchase,<br />
Centre for Railway Information Systems, Chanakyapuri, New Delhi-<br />
110021 not later than 15.00 hrs. of 25-4-2005. The tender box will be<br />
kept at the Purchase Section and will be opened at 15.30 hrs of the same<br />
date in the <strong>CRIS</strong> office.<br />
4. The Techno-commercial bid shall have all details but with price column in<br />
the rate schedule blanked out. However a tick mark( ) shall be provided<br />
against each item of the rate schedule format to indicate that there is a<br />
quote against this item in the financial bid.<br />
5. The techno-commercial bid should be in a sealed envelope superscribed as<br />
“ <strong>Tender</strong> for the supply of UPS Techno commercial bid. The technocommercial<br />
bid shall also contain the required EMD, without which the<br />
bid shall be summarily rejected.<br />
6. This tender is non transferable.<br />
7. The offer should be valid for 180 days from the date of opening of<br />
quotation.
8. All the material shall initially be delivered to the Consignee as per<br />
Annexure-VI within 4-6 weeks from the date of issue of Purchase Order.<br />
(<strong>CRIS</strong> reserves the right to change the quantity, location, delivery schedule<br />
for the equipment). However the equipment shall be transported by the<br />
suppliers to the locations/ site vide Annexure-VI/A-C for installation<br />
commissioning as per the program conveyed by the respective Consignee.<br />
8.1 Delayed supplies beyond stipulated period in the purchase order are liable<br />
for liquidity damages @ 0.5 per week or part thereof restricted to 10% of<br />
the value of the contract at the discretion of <strong>CRIS</strong>.<br />
9. Price Fall<br />
A) The prices charged for the goods/services supplied<br />
under the contract by the vendor shall at no event<br />
exceed the lowest price at which the vendor sells the<br />
goods or offers to sell the goods of identical description<br />
to the any person/organization including the purchaser<br />
or any department of State/Central Government, as the<br />
case may be during the currency of the contract.<br />
B) If, at any time during the said period the vendor<br />
reduces the sale price, sells or offers to sell such goods<br />
to any person/organization including the purchaser or<br />
any department of State/Central Government as the case<br />
may be at a price lower than the price chargeable under<br />
the contract, the vendor shall forthwith notify such<br />
reduction or sale or offer to sell to the purchaser and the<br />
price payable under the order for supply of material<br />
after the date of coming into force of such reduction or<br />
sale or offer to sell shall stand correspondingly reduced.<br />
10. In the event of failure to supply, <strong>CRIS</strong> reserves the right to make purchase<br />
from the market at the risk and cost of vendor.<br />
11. The supply should be completed in all respects which should meet all the<br />
specifications and quantities.<br />
12. Payment Terms: 80% of the ordered equipment price shall be made to the<br />
firm after delivery of the complete equipment at sites on production of<br />
receipted challans for supply of the complete equipment required to be<br />
delivered at respective sites specified in Annexure-VI/A-C.
12.1 Payment for balance 20% of the value of ordered equipment, shall be made<br />
after Installation & Acceptance against submission of the following<br />
documents:<br />
i) Bank Gurantee for an equivalent amount valid for<br />
covering the warranty period from the date of final<br />
acceptance. No payment shall made unless submission of<br />
the Performance Bank Gurantee of 20%.<br />
ii) Final Acceptance Certificate issued by concerned officer<br />
i.e. CM/Telecom..<br />
13. Warranty: <strong>Tender</strong>er shall warranty for a period of 03 years from the date<br />
of acceptance of material. The performa for giving this warranty by the<br />
tenderer is also enclosed. (Annexure II)<br />
14. The Rate schedule should be completed as per rate schedule at Annexure<br />
IV Incomplete bid shall not be accepted.<br />
15. Qualification Criteria & Other Terms and Conditions:<br />
1. The bidder should be an original equipment manufacturer(OEM) or an<br />
authorised representative of the OEM. The bidder shall furnish the<br />
Authorization letter from the OEM specific to this tender clearly mentioning<br />
tender number for which authorization is being provided. The bidder should<br />
furnish documentary proof of backend support and availability of spares for a<br />
period of 05 years from the OEM of the product offered.<br />
2. The Annual Turnover of the bidder during the last financial year shall not be<br />
less than Rs. 06 Crores.<br />
3. The bidder should have executed works of similar nature requiring supply,<br />
installation, commissioning & warranty maintenance of UPS Systems over a<br />
geographically dispersed territory. The bidder should furnish documentary<br />
proof in the form of Purchase Order/Work Order copies and satisfactory<br />
performance certificate issued by the user. The Purchase Order/ Work Order<br />
or any other associated document must specify the total Bill of<br />
Material(BOM) with item-wise details and should clearly bring out the scope<br />
of work.<br />
4. The bidder shall furnish at least One Purchase Order as past experience<br />
credentials, for supply and installation of similar equipment of value Rs. 50<br />
Lakhs or above, the Purchase Order being placed in the preceding three<br />
financial years(i.e. current financial year and last three financial years) from<br />
the date of opening of this tender. Similar equipment above means UPS<br />
Systems and associated components.<br />
5. The bidder should furnish a valid ISO 9001 certificate issued to the<br />
manufacturing unit of the offered UPS Systems.
6. The bidder shall furnish a detailed site wise support plan mapping of its<br />
service and support centres with the sites as specified in Annexure VI/A-C of<br />
the tender, where the equipment is to be installed and maintained along with<br />
relevant details such as list of customer support offices, spare inventory etc. in<br />
order to provide 03 year on-site warranty maintenance. The list of customer<br />
support offices should include full details such as postal address, telephone<br />
nos. as well as contact nos. of resident engineer/representative etc.<br />
7. The bidder must specify Item wise compliance to Technical specification duly<br />
vetted by the OEM. The Model and Make of offered products should be<br />
clearly specified.<br />
8. The bill of Material of the offered equipment should be complete and duly<br />
vetted by the OEM.<br />
9. The bidder shall furnish Attested True copies of the documents in support of<br />
the item nos. 3,4,& 5 above.<br />
10. The net quoted value of all the equipment specified in the rate schedule shall<br />
be considered for evaluation of Financial Bids.<br />
11. Additional features/ enhancements offered by the bidder, over and above the<br />
ones asked for in the tender documents, shall not be considered for evaluation<br />
of bids<br />
12. The quantities specified in the tender are indicative, which may vary higher or<br />
lower. The exact quantities shall be conveyed at the time of placement of<br />
order.<br />
13. After the UPS systems have been manufactured, the Inspection and testing of<br />
the equipment shall be done by the authorized representative of <strong>CRIS</strong> at the<br />
vendors premises, to check whether the systems are in conformity with the<br />
technical specification specified in the tender documents. Manufacturer’s test<br />
certificate with Data sheets and Test certificates from Govt. test agencies shall<br />
be issued to this effect shall be furnished by the suppliers during the<br />
inspection. All test equipment, measuring devices etc. shall be arranged by<br />
the supplier for the inspection.<br />
14. After inspection of the UPS systems has been carried out, the supplier shall<br />
initially deliver the equipment to the respective Consignee’s nominated in the<br />
list vide Annexure VI. However the equipment shall be transported by the<br />
supplier to the locations/site vide Annexure VI/A-C, for Installation &<br />
Commissioning as per the program conveyed by the respective Consignee.<br />
<strong>CRIS</strong> reserves the right to change the quantity, location, delivery schedule for<br />
the equipment.
15. The bidder shall warranty for the proper design and workmanship of the<br />
equipment including tools and spares, and for proper design, quality and<br />
successful performance of the UPS Systems as covered by tender. The<br />
warranty shall be valid for a period of (36) months from the date of acceptance<br />
of the system at the final destination. The warranty should be comprehensive<br />
on site repair/replacement including battery.<br />
16. The warranty maintenance shall be provided at the site within 24 hours<br />
of(Sunday and National Holiday not included) lodging the complaint at the<br />
nearest customer support office. In case of failure to attend any call within<br />
stipulated time shall call for penalty @ Rs. 100/- per day subject to a<br />
maximum of 10% of the cost of unit.<br />
17. The supplier shall provide 02 day training for about 05 to 10 persons related to<br />
Operations & maintenance of the UPS equipment supplied , at each of the<br />
Zonal Rly. HQ. Offices as per the list given in Annexure VI of the tender<br />
document.<br />
18. Documentation:<br />
Set of manuals and support document with each UPS System shall be<br />
made available. All the accessories must be accompanied by original<br />
documentation given by the manufacturer.<br />
19. Bid Document: The techno commercial bid shall include the following<br />
documents:-<br />
i) Earnest money(refundable) in the form of DD or Bank guarantee of<br />
Rs. 1 Lakhs/- (valid for 180 days) in favour of <strong>CRIS</strong>, New Delhi.<br />
ii) <strong>Tender</strong>s unaccompanied with earnest money will be summarily<br />
rejected.<br />
iii) <strong>Tender</strong>s unaccompanied with Rate Schedule in a form other than<br />
prescribed proforma in Annexure -IV will be rejected.<br />
20. Opening Date: Sealed quotations shall be received in the office of <strong>CRIS</strong> on<br />
25-4-2005 at 15.00 hrs. and shall be opened at 15.30 hrs. on the same date. It<br />
should clearly be superscribed on the cover, the tender number, date, name of<br />
item & consignee.<br />
Encl: Specification at Annexure I<br />
Warranty at Annexure<br />
II<br />
Bio Particular<br />
III<br />
Rate Schedule Annexure<br />
IV<br />
Bank Guarantee<br />
V<br />
List of Locations<br />
VI<br />
(Rakesh Sehgal)<br />
Manager/Purchase
Technical Specifications of 1 KVA Online UPS ( Stand Alone Type) - FOIS<br />
S.no Item Specifications<br />
1 Power Rating 1 KVA.<br />
2 Input<br />
a) Voltage 165 Volts to 275 Volts on full load<br />
b) Frequency 50 Hz +/- 5 %<br />
3 Output<br />
a) Voltage 230 +/- 2 % volts AC single phase<br />
b) Frequency 50 Hz +/- 0.5%<br />
c) Wave form Pure sine wave<br />
d) Harmonic Distortion<br />
With linear loads<br />
3 % (Maximum)<br />
With Non-linear loads<br />
5 % (Maximum)<br />
g) Crest Factor 3 : 1<br />
h) Overload Capacity 110% for 60 secs.<br />
4 Power Factor<br />
a) Input > 0.95<br />
a) Output 0.7 ( Minimum)<br />
5 Technology<br />
Double conversion high frequency PWM with IGBT<br />
Built in battery charger<br />
6 Transfer Time<br />
a) On-line Zero (line fails or recovers)<br />
b) UPS fault < 4 ms (by-pass activation or recovers)<br />
voltage, Overload & Short circuit, Over temperature, Batter<br />
7 Overall Efficiency (AC to AC) > 85 %<br />
8 Protection & Filtering<br />
Input AC Over / under voltage & short circuit, Output over<br />
over charge, battery low & short circuit, Spikes and surges<br />
EMI/RFI filters<br />
properly enclosed cabinet, similar to the UPS unit in colour<br />
9 Protection Alarm Over voltage, Battery low, Over Load, Short circuit<br />
10 Visual Indications Line in ( load on line ), Load on inverter, Load on Bypass<br />
Baterry charge / discharge level, Load level, Over load<br />
11<br />
SNMP Ready<br />
SNMP (with RJ45 port) based Monitoring and Managemen<br />
using SNMP based Network Management Systems.<br />
12 Battery<br />
a) Type Sealed maintenance free<br />
b) Make Panasonic / Exide / CSB / Global Yuasa / Hitachi only<br />
c) Total capacity of batteries 800 VAH (Minimum)<br />
d) Total Backup time Sufficient to last for minimum half an hour on full rated load<br />
e) Shelf life of batteries (Time duration<br />
which the batteries can sustain without<br />
charging)<br />
3 months ( Minimum)<br />
f) External battery bank, if any In case of additional / external battery bank, it should be a<br />
finish, material etc.)
Generator Compatibility<br />
13<br />
The UPS shall be generator (portable/non-portable)<br />
compatible<br />
14 Environment<br />
a) Operating Temperature 0 to 40° C<br />
b) Relative humidity upto 90% non-condensing<br />
15 Certifications a) The manufacturer of the equipment must have ISO<br />
certification<br />
b) Test certificate from any one of the reputed<br />
Govt.agencies viz. ETDC, ERTL, SAMEER for the UPS<br />
model quoted.<br />
16 Standards a) EMI / EMC : EN 50091-2<br />
b) Safety : EN 50091-1
Annexure II<br />
WARRANTY<br />
We warrant that the Hardware/Software to be supplied by us hereunder shall<br />
be brand new , free from all encumbrances, defects and faults in material,<br />
workmanship and manufacture and shall be of the highest grade and quality and<br />
consistent with the established and generally accepted standards for material of the<br />
type ordered, shall be in full conformity with the specifications, drawings or samples,<br />
if any, and shall operate properly. This warranty shall survive inspection of and<br />
payment for, and acceptance of the goods, but shall expire 03 years after their<br />
successful installation and acceptance by the purchaser.<br />
We also warrant that the function contained in the system programmes will<br />
meet the manufacturers specification together with any clarifications given by us and<br />
also will operate in the combinations which may be selected for use by the customer<br />
and that the operation of these programmes will be uninterrupted and error free and all<br />
program defects, if any , will be corrected by us.<br />
The obligations under the Warranty expressed above shall include all costs<br />
relating to labor, spares, maintenance(preventive and unscheduled), and transport<br />
charges from site to manufacturers works and back and for repair/adjustment or<br />
replacement at site of any part of the equipment which under normal care and proper<br />
use and maintenance proves defective in design, material on workmanship or fails to<br />
operate effectively and affectively or conform to the specifications and for which<br />
notice is promptly given by the purchaser to the supplier.<br />
------------------------------ ---------------------------<br />
----<br />
Signature of the Witness<br />
Signature of<br />
the <strong>Tender</strong>er<br />
Date ----------------
ANNEXURE-III<br />
B I O P A R T I C U L A R S<br />
1. Name and address of the Bidder<br />
2. Name of Equipment Manufacturer<br />
3. Address of the Equipment Manufacturer<br />
4. The Annual Turnover of the bidder<br />
During the last financial year<br />
shall not be less than Rs. 06 Crores.<br />
5. Name and address of the officer<br />
6. to whom all references shall be made<br />
regarding this tender enquiry.<br />
Telephone<br />
7. Collaboration, if any,<br />
8. Any other point tenderer may like to specify.<br />
Signature<br />
Name<br />
Designation<br />
Company<br />
------- ----------------------<br />
Date<br />
Date
ANNEXURE-IV<br />
RATE SCHEDULE<br />
-----------------------------------------------------------------------<br />
--<br />
Item Name of Item Model Unit Qty. Unit Taxes Total<br />
Remarks<br />
No. Cost if any Cost<br />
(Rs.)<br />
(Rs.)<br />
-----------------------------------------------------------------------<br />
--<br />
(1) (2) (3) (4) (5) (6) (7) (8)<br />
(9)<br />
1. 1KVA online UPS 163 Nos.<br />
(Stand Alone)<br />
Note :<br />
Rates have to be separately quoted against each item, failing to fulfil this the<br />
tender will be summarily rejected. Taxes extra if any are to be explicitly quoted<br />
failing which the same will not be admissible at a later date.<br />
Signature of<br />
<strong>Tender</strong>er<br />
Dated:
ANNEXURE-V<br />
Bank Guarantee<br />
REF :................. Date :..................<br />
To,<br />
Dear Sir,<br />
The Managing Director,<br />
Centre for Railway Information Systems,<br />
Delhi Safdarjung Railway Station,<br />
Chanakyapuri,<br />
New Delhi - 110 021<br />
INDIA<br />
Bank Guarantee No.......<br />
1. Against <strong>Tender</strong> No.. ................<br />
.................... dated ................. covering<br />
supply of .............. for FOIS /PRS.<br />
project (hereinafter called the said<br />
'contractor') this is to certify that at the request of the<br />
Contractor we ............... Bank Ltd., are holding in<br />
trust in favour of <strong>CRIS</strong>, the amount of<br />
.......................(write the sum here in words)<br />
hereinafter called the said amount to indemnify and keep<br />
indemnified <strong>CRIS</strong> against any loss or damage that may be<br />
caused to or suffered by or resulting to <strong>CRIS</strong> or to <strong>Indian</strong><br />
<strong>Railways</strong> by reason of any breach by the contractor of any of<br />
the terms and conditions of the said decision of <strong>CRIS</strong>,<br />
whether any breach of any of the terms and conditions of the<br />
said contract and/or in the performance thereof has been<br />
committed by the Manufacturer or Contractor and the amount<br />
of loss or damage that has been caused or suffered by <strong>CRIS</strong><br />
or <strong>Indian</strong> <strong>Railways</strong> shall be final and binding on us and the<br />
amount of the said loss or damage shall be paid by us<br />
forthwith on demand and without demur to the <strong>CRIS</strong>.<br />
2. We, .................... Bank Ltd. further agrees that the<br />
guarantee herein contained shall remain in full force and<br />
effect for a period upto ____ months from the date of this<br />
guarantee hereinafter called (date) and that if any claim<br />
accrues or arises against us ................ Bank Ltd., by<br />
virtue of this guarantee before the said date, the same<br />
shall be enforceable against us ............... Bank Ltd.<br />
Notwithstanding the fact that the same is enforced within<br />
six months after the said date, provided that notice of any<br />
such claim has been given to us ............. Bank Ltd. by<br />
<strong>CRIS</strong> before the said date. Payment under this letter of<br />
guarantee shall be made promptly upon our receipt of notice .
3. It is fully understood that this guarantee is effective from<br />
the date of the said contract and that we ................<br />
Bank Ltd. undertake not to revoke this guarantee during its<br />
currency without the consent in writing of <strong>CRIS</strong>.<br />
4. We undertake to pay to <strong>CRIS</strong> the said amount so demanded<br />
notwithstanding any dispute or disputes raised by the<br />
contractor in any suit or proceedings pending before any<br />
court or Tribunal relating thereto our liability under this<br />
present bond being absolute and unequivocal.<br />
The payment so made by us under this bond shall be a valid<br />
discharge of our liability for payment thereunder and the<br />
contractor shall have no claim against us for making such<br />
payment.<br />
5. We ................. Bank Ltd. further agree that <strong>CRIS</strong> shall<br />
have the further liberty, without affecting in any manner<br />
our obligations hereunder to vary any of the terms and<br />
conditions of the said contract or to extend time of<br />
performance by the contractor from time to time or to<br />
postpone for any time or from time to time any of the powers<br />
exerciseable by <strong>CRIS</strong> against the said contract and we<br />
.................. Bank Ltd. shall not be released from our<br />
liability under this guarantee by reason of any such<br />
variation or extension being granted to the said contractor<br />
or for any forbearance and/or omission on the part of <strong>CRIS</strong><br />
or to the said contractor or by any other matter or thing<br />
whatsoever which under the law relating to sureties would<br />
but for this provision have the affect of so releasing us<br />
from our liability under this guarantee.<br />
6. This guarantee will not be discharged due to the change in<br />
the constitution of the Bank or Contractor.<br />
Date ........................<br />
Place ....................... Signature ..................<br />
Witness ..................... Printed Name ...............<br />
.............................<br />
(Designation)<br />
-----------------------------<br />
Bank's common seal
Zone wise distribution of 163 nos. 1 KVA Online UPS<br />
S.no Railway HQ.<br />
Consignee<br />
UPS<br />
(Nos.)<br />
1 CR ( Mumbai ) Dy CNM / CR / Mumbai 5<br />
2 ER ( Kolkata ) Dy CNM / ER / Kolkata 47<br />
3 NR ( New Delhi ) Dy CNM / NR / New Delhi 8<br />
4 NFR ( Maligaon ) Dy CNM / NFR / Maligaon 9<br />
5 SER ( Kolkata ) Dy CNM / SER / Kolkata 28<br />
6 ECOR ( Bhuvaneshwar) Dy CSTE / Tele/Hq./Bhuvaneshwar 28<br />
7 SECR ( Bilaspur ) Dy CSTE / Tele/Hq./Bilaspur 37<br />
8 WR ( Mumbai ) Dy CNM / WR / Mumbai 1<br />
Total 163
List of locations where UPS is to be supplied & Installed<br />
SN CONSIGNEE RLY DIV NAME<br />
1 Dy. CNM/ER 1 ER Asansol Ukhra<br />
2 Dy. CNM/ER 2 ER Asansol Pandabeswar 2nd<br />
3 Dy. CNM/ER 3 ER Asansol Pure Jambad<br />
4 Dy. CNM/ER 4 ER Asansol Kotadih sdg<br />
5 Dy. CNM/ER 5 ER Howrah Pakur<br />
6 Dy. CNM/ER 6 ECR Danapur Simaria Pvt sdg<br />
7 Dy. CNM/ER 7 ECR Danapur Simarai Rly Pvt sdg<br />
8 Dy. CNM/ER 8 ECR Dhanbad Singrauli<br />
9 Dy. CNM/ER 9 ECR Dhanbad Kanoria pvt sdg, Renukoot<br />
10 Dy. CNM/ER 10 ECR Dhanbad Bina colliery<br />
11 Dy. CNM/ER 11 ECR Dhanbad Dudhichua<br />
12 Dy. CNM/ER 12 ECR Dhanbad Meralgram<br />
13 Dy. CNM/ER 13 ECR Dhanbad Rajhura<br />
14 Dy. CNM/ER 14 ECR Dhanbad Richughuta<br />
15 Dy. CNM/ER 15 ECR Dhanbad Tori<br />
16 Dy. CNM/ER 16 ECR Dhanbad Ray<br />
17 Dy. CNM/ER 17 ECR Dhanbad Bhurkunda<br />
18 Dy. CNM/ER 18 ECR Dhanbad Saru Bera, Chainpur<br />
19 Dy. CNM/ER 19 ECR Dhanbad North Ramgarh, Chainpur<br />
20 Dy. CNM/ER 20 ECR Dhanbad Bhandaridih<br />
21 Dy. CNM/ER 21 ECR Dhanbad Kusunda<br />
22 Dy. CNM/ER 22 ECR Dhanbad West Sirka sdg<br />
23 Dy. CNM/ER 23 ECR Dhanbad Dugdha coal<br />
24 Dy. CNM/ER 24 ECR Dhanbad Gidi A sdg<br />
25 Dy. CNM/ER 25 ECR Dhanbad Sindhri AC sdg<br />
26 Dy. CNM/ER 26 ECR Dhanbad West Bokaro<br />
27 Dy. CNM/ER 27 ECR Dhanbad Sayal sdg<br />
28 Dy. CNM/ER 28 ECR Dhanbad Jharngdih coll<br />
29 Dy. CNM/ER 29 ECR Dhanbad Dhansar BCCL<br />
30 Dy. CNM/ER 30 ECR Dhanbad HINDALCO Renukoot<br />
31 Dy. CNM/ER 31 ECR Dhanbad Obra TPH<br />
32 Dy. CNM/ER 32 ECR Dhanbad Anapara TPH Krishnashila<br />
33 Dy. CNM/ER 33 ECR Dhanbad Bokaro Thermal<br />
34 Dy. CNM/ER 34 ECR Dhanbad Rajraj TPS Patratu<br />
35 Dy. CNM/ER 35 ECR Dhanbad Chandrapura TPS?g/s<br />
36 Dy. CNM/ER 36 ECR Dhanbad KTH Kathara wash<br />
37 Dy. CNM/ER 37 ECR Dhanbad SWG Swang wash<br />
38 Dy. CNM/ER 38 ECR Dhanbad KGW Karegali wash<br />
39 Dy. CNM/ER 39 ECR SEE Barauni<br />
Annexure<br />
VI/A
40 Dy. CNM/SER 1 SER Adra Sudamdih<br />
41 Dy. CNM/SER 2 SER Adra Mahuda<br />
42 Dy. CNM/SER 3 SER Adra Kanudih<br />
43 Dy. CNM/SER 4 SER Adra Bhojdih<br />
44 Dy. CNM/SER 5 SER Adra Radhanagar<br />
45 Dy. CNM/SER 6 SER Adra Ramkanali Jn.<br />
46 Dy. CNM/SER 7 SER Adra Burnpur<br />
47 Dy. CNM/SER 8 SER Adra Santaldih<br />
48 Dy. CNM/SER 9 SER Adra SPG Siding, Bokaro<br />
49 Dy. CNM/SER 10 SER Adra Bhaga<br />
50 Dy. CNM/SER 11 SER Adra Purulia<br />
51 Dy. CNM/SER 12 SER RNC Baridpone Goods Office<br />
52 Dy. CNM/SER 13 SER RNC Lohardaga<br />
53 Dy. CNM/SER 14 SER CKP Ropeway Siding<br />
54 Dy. CNM/SER 15 SER CKP FMP Siding<br />
55 Dy. CNM/SER 16 SER CKP JODA Siding<br />
56 Dy. CNM/SER 17 SER CKP WB Siding<br />
57 Dy. CNM/SER 18 SER CKP TWS<br />
58 Dy. CNM/SER 19 SER CKP JNK<br />
59 Dy. CNM/SER 20 SER CKP OCL Siding<br />
60 Dy. CNM/SER 21 SER CKP DTV<br />
61 Dy. CNM/SER 22 SER CKP Jojobera Tata Pvt.Ltd.<br />
62 Dy. CNM/SER 23 SER CKP TK Siding<br />
63 Dy. CNM/SER 24 SER CKP ROU<br />
64 Dy. CNM/SER 25 SER KGP Durgachak<br />
65 Dy. CNM/SER 26 SER KGP Haldia Dock<br />
66 Dy. CNM/SER 27 SER KGP SGTY<br />
67 Dy. CNM/SER 28 SER KGP HLZ CPT Comp<br />
68 Dy. CNM/ECoR 1 ECOR Waltair Main Bldg, Vizag Port<br />
69 Dy. CNM/ECoR 2 ECOR Waltair Cor. Fert, Vizag Port<br />
70 Dy. CNM/ECoR 3 ECOR Waltair IOC Sdg, Vizag Port<br />
71 Dy. CNM/ECoR 4 ECOR Waltair NALCO Sdg, Vizag Port<br />
72 Dy. CNM/ECoR 5 ECOR Waltair HPCL Sdg, Vizag Port<br />
73 Dy. CNM/ECoR 6 ECOR Waltair G/S Vishakhapatnam<br />
74 Dy. CNM/ECoR 7 ECOR Waltair Damanjori<br />
75 Dy. CNM/ECoR 8 ECOR Waltair Bacheli<br />
76 Dy. CNM/ECoR 9 ECOR Waltair Straw Sdg, Singapur Rd<br />
77 Dy. CNM/ECoR 10 ECOR Waltair Duvada<br />
78 Dy. CNM/ECoR 11 ECOR Waltair SCMN<br />
79 Dy. CNM/ECoR 12 ECOR Waltair Jeypore<br />
80 Dy. CNM/ECoR 13 ECOR Waltair Jagdalpur<br />
81 Dy. CNM/ECoR 14 ECOR Khurda paradeep phasphate ltd paradeep<br />
82 Dy. CNM/ECoR 15 ECOR Khurda Dhanmandal<br />
83 Dy. CNM/ECoR 16 ECOR Khurda Sukinda road
84 Dy. CNM/ECoR 17 ECOR Khurda Jajpur keonjhar road<br />
85 Dy. CNM/ECoR 18 ECOR Khurda Charbatia<br />
86 Dy. CNM/ECoR 19 ECOR Khurda Dhinkanal<br />
87 Dy. CNM/ECoR 20 ECOR Khurda Burhapanka<br />
88 Dy. CNM/ECoR 21 ECOR Sambalpur Bargarh road<br />
89 Dy. CNM/ECoR 22 ECOR Sambalpur Kesinga<br />
90 Dy. CNM/ECoR 23 ECOR Sambalpur Balamgir<br />
91 Dy. CNM/SECR 1 SECR Bilaspur Bishrampur<br />
92 Dy. CNM/SECR 2 SECR Bilaspur Kumda Siding, Karonji<br />
93 Dy. CNM/SECR 3 SECR Bilaspur Bhatgaon Siding, Karonji<br />
94 Dy. CNM/SECR 4 SECR Bilaspur Katkona Siding, Katora<br />
95 Dy. CNM/SECR 5 SECR Bilaspur Curcha coal siding baikunthpor<br />
96 Dy. CNM/SECR 6 SECR Bilaspur CHIRIMIRI<br />
97 Dy. CNM/SECR 7 SECR Bilaspur Bijuri (Rajnagar coal sdg.)<br />
98 Dy. CNM/SECR 8 SECR Bilaspur Korba new kusumda sdg. CPH<br />
99 Dy. CNM/SECR 9 SECR Bilaspur Jamuna ocm Siding, Harada<br />
100 Dy. CNM/SECR 10 SECR Bilaspur Amlai<br />
101 Dy. CNM/SECR 11 SECR Bilaspur Burhar coal sdg.<br />
102 Dy. CNM/SECR 12 SECR Bilaspur Old Kusmunda, Gevra<br />
103 Dy. CNM/SECR 13 SECR Bilaspur Junadih, Gevra<br />
104 Dy. CNM/SECR 14 SECR Bilaspur Sura Kachar, Gevra<br />
105 Dy. CNM/SECR 15 SECR Bilaspur Orient colery sdg.<br />
106 Dy. CNM/SECR 16 SECR Bilaspur Kirodimalnagar JSPS sdg.<br />
107 Dy. CNM/SECR 17 SECR Bilaspur Akaltara<br />
108 Dy. CNM/SECR 18 SECR Bilaspur Barduar<br />
109 Dy. CNM/SECR 19 SECR Bilaspur Kharsia<br />
110 Dy. CNM/SECR 20 SECR Bilaspur Nauradabad<br />
111 Dy. CNM/SECR 21 SECR Bilaspur Duman Hill, Darittola<br />
112 Dy. CNM/SECR 22 SECR Bilaspur Korea Sdg, Darittola<br />
113 Dy. CNM/SECR 23 SECR Bilaspur Pendra Road<br />
114 Dy. CNM/SECR 24 SECR Bilaspur Mudaria SGPT sdg.<br />
115 Dy. CNM/SECR 25 SECR Raipur Bhilai s plant<br />
116 Dy. CNM/SECR 26 SECR Raipur L&T, Hathband<br />
117 Dy. CNM/SECR 27 SECR Raipur Grasim, Hathband<br />
118 Dy. CNM/SECR 28 SECR Raipur ACEL, Bhatapara<br />
119 Dy. CNM/SECR 29 SECR Raipur NACAST, Mandhar<br />
120 Dy. CNM/SECR 30 SECR Nagpur Khaprikheda<br />
121 Dy. CNM/SECR 31 SECR Nagpur Koradih TPH<br />
122 Dy. CNM/SECR 32 SECR Nagpur Sunflag Sdg, Bhandara<br />
Note:-<br />
1. Remaining UPS of ER ,ECoR & SECR to be delivered at Zonal Hd. Qr.<br />
2. Before actually transporting the UPS to the locations, vender should take<br />
confirmation from Dy. CNM of the respective zone